Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Contract for the treatment and disposal of Residual and Bulky Waste

  • Cyhoeddwyd gyntaf: 15 Gorffennaf 2022
  • Wedi'i addasu ddiwethaf: 15 Gorffennaf 2022

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-035227
Cyhoeddwyd gan:
Southend-on-Sea City Council
ID Awudurdod:
AA82258
Dyddiad cyhoeddi:
15 Gorffennaf 2022
Dyddiad Cau:
15 Awst 2022
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Southend-on-Sea City Council ("The Authority") is a unitary council with responsibility for both waste collection and disposal.

This contract is for the receipt, acceptance, handling, processing, treatment and disposal of the residual waste streams collected from within the Authority’s administrative area. Residual and Bulky Waste streams shall include domestic kerbside refuse, bulky waste collected from the kerbside, bulky waste deposited by residents at household waste and recycling centres, mechanical sweepings/litter/dog waste, beach waste and fly tipping. The Authority does not currently collect Commercial Waste but has an aspiration to include this in its collection arrangements in the near future. The Authority therefore reserves the right to introduce residual and bulky waste streams from its commercial waste collection to this Contract should it operate such a service during the Contract term.

The Authority estimates that Contractor will receive 36,900 tonnes of Residual Waste and 7,400 tonnes of Bulky Waste per annum, but shall not provide a guarantee of minimum tonnage

The Authority's waste collection contractor operates a Waste Transfer Station where all Residual and Bulky waste is stored for bulking up for onward transportation to treatment and disposal destinations. The Authority's waste collection contractor is also responsible for the haulage of the Residual and Bulky Waste to the treatment and disposal facility. The Authority therefore requires a Contractor to receive and treat/dispose of the Residual and Bulky Waste.

The Authority is technology and solution neutral, provided that the proposal meets the Authority’s needs and requirements as set out in the procurement documents. The Authority does not require exclusive bespoke facilities to be provided and is willing to consider all options that may be offered provided that they are deliverable, will achieve the Authority’s requirements and subject to cost.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Southend-on-Sea City Council

Civic Centre, Victoria Avenue

Southend on Sea

SS2 6ER

UK

Person cyswllt: Anton Bull

Ffôn: +44 1702215000

E-bost: antonbull@southend.gov.uk

NUTS: UKH31

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.southend.gov.uk/

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://procurement.southend.gov.uk/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://procontract.due-north.com


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Contract for the treatment and disposal of Residual and Bulky Waste

Cyfeirnod: DN621176

II.1.2) Prif god CPV

90500000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Southend-on-Sea City Council ("The Authority") is seeking expressions of interest from suitably qualified and experienced organisations for the receipt, acceptance, handling, processing treatment and disposal of Residual and Bulky Waste arising from the Southend-on-Sea City Council administrative area. The Authority estimates that the Contractor will receive 36,900 tonnes of Residual Waste and 7,400 tonnes of Bulky Waste per annum but shall not provide a guarantee of minimum tonnage. The Authority is conducting this procurement through a streamlined competitive dialogue procedure of the Public Contracts Regulations 2015 (as amended) and its needs and requirements for the contract are included in the procurement documents published with this notice.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

90500000

II.2.3) Man cyflawni

Cod NUTS:

UKH31

II.2.4) Disgrifiad o’r caffaeliad

Southend-on-Sea City Council ("The Authority") is a unitary council with responsibility for both waste collection and disposal.

This contract is for the receipt, acceptance, handling, processing, treatment and disposal of the residual waste streams collected from within the Authority’s administrative area. Residual and Bulky Waste streams shall include domestic kerbside refuse, bulky waste collected from the kerbside, bulky waste deposited by residents at household waste and recycling centres, mechanical sweepings/litter/dog waste, beach waste and fly tipping. The Authority does not currently collect Commercial Waste but has an aspiration to include this in its collection arrangements in the near future. The Authority therefore reserves the right to introduce residual and bulky waste streams from its commercial waste collection to this Contract should it operate such a service during the Contract term.

The Authority estimates that Contractor will receive 36,900 tonnes of Residual Waste and 7,400 tonnes of Bulky Waste per annum, but shall not provide a guarantee of minimum tonnage

The Authority's waste collection contractor operates a Waste Transfer Station where all Residual and Bulky waste is stored for bulking up for onward transportation to treatment and disposal destinations. The Authority's waste collection contractor is also responsible for the haulage of the Residual and Bulky Waste to the treatment and disposal facility. The Authority therefore requires a Contractor to receive and treat/dispose of the Residual and Bulky Waste.

The Authority is technology and solution neutral, provided that the proposal meets the Authority’s needs and requirements as set out in the procurement documents. The Authority does not require exclusive bespoke facilities to be provided and is willing to consider all options that may be offered provided that they are deliverable, will achieve the Authority’s requirements and subject to cost.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Dechrau: 16/01/2023

Diwedd: 31/03/2028

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The initial contract duration is 62.5 months, with the option to extend by a period or succession of consecutive periods (each to be no less than a month in duration) up to a further 60 months .

Therefore if all extensions were taken, then the full contract duration shall be 122.5 months. The anticipated start date of the contract is 16th January 2023.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The initial contract duration is 62.5 months, with the option to extend by a period or succession of consecutive periods (each to be no less than a month in duration) up to a further 60 months .

Therefore if the all extensions were taken, then the full contract duration shall be 122.5 months. The anticipated start date of the contract is 16th January 2023.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

The particular conditions set out in the contract documents which shall be included in the invitation to participate in dialogue (made available in draft with the procurement documents published with this contract notice).

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Deialog Gystadleuol

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 15/08/2022

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 29/08/2022

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 2  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.3) Gwybodaeth ychwanegol

The Authority is seeking a single contract to provide services as described in Section II.2.4 (Description of the Procurement). The Authority will implement the procurement procedure in successive stages – further information is set out in the procurement documents.

This procurement exercise will be conducted pursuant to the competitive dialogue procedure using the Authority’s electronic tendering system at https://procurement.southend.gov.uk/ (or if you are already registered - https://procontract.due-north.com/Login)

Organisations wishing to be considered for this contract must register on the portal to participate, download the procurement documentation and complete and return responses to the selection questionnaire (SQ) in accordance with the instructions set out in the procurement documentation.

If you have any technical problems with https://procontract.due-north.com/Login please see the supplier help at https://supplierhelp.due-north.com/ or contact the support team on email: ProContractSuppliers@proactis.com

Following submissions of the completed SQs, the Authority will apply the selection criteria, as set out in the procurement documentation. Based upon the selection criteria set out in the SQ, the Authority intends to select those highest scoring EIGHT (8) economic operators to the invitation to participate in dialogue and invitation to tender stage provided there are sufficient economic operators that submit and pass the SQ stage.

It is the Authority’s intention to conduct one round of dialogue with each economic operator to identify proposals which meets its requirements. The Authority reserves the right to add stages to the procurement process or revise this process. Once the Authority identifies the solution/solutions capable of meeting its needs, dialogue will be concluded and bidders invited to submit their tender before a preferred bidder is selected that represents the Most Economically Advantageous Tender.

Interested organisations should note that all tonnage information is given for guidance only: it may fluctuate and in any event is not warranted by the Authority.

It is anticipated that the services will commence on 16.01.2023 but the Authority reserves the right to amend this should the procurement timetable need to be extended to ensure that the Authority identifies a solution/solutions capable of meeting its needs and providing value for money.

Economic operators are entirely responsible for their costs and losses arising or incurred as a result of any participation in this procurement process.

The Authority reserves the right to abandon this procurement exercise at any stage and / or not award any contract.

The Authority reserves the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice. The Authority reserves the right to omit any part of the Services at any stage and to require those in the process to adjust their solutions accordingly.

Applicants should note that the procurement documents provide indicative information of the Authority’s approach in the procurement process at this stage and are for general information only. The Authority reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in dialogue.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Courts of Justice

The Royal Court of Justice

London

WCA 2LL

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

14/07/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90500000 Gwasanaethau sy’n gysylltiedig â sbwriel a gwastraff Gwasanaethau carthffosiaeth, sbwriel, glanhau ac amgylcheddol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
antonbull@southend.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.